Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2012 FBO #3952
SOLICITATION NOTICE

Z -- Ditto Avenue Road Repair

Notice Date
9/17/2012
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH12R0113
 
Response Due
9/24/2012
 
Archive Date
11/23/2012
 
Point of Contact
Samantha L. Connors, 301-619-6979
 
E-Mail Address
US Army Medical Research Acquisition Activity
(samantha.l.connors@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Army Medical Research Acquisition Activity in support of the US Army Garrison has a requirement for a road repair and sidewalk replacement. The project includes but is not limited to the following tasks and incidental related work: 1. Contractor shall be certified MBE/DBE with the Maryland State Department of Transportation. 2. Contractor shall repair the Ditto Ave and replace the sidewalks. The area of asphalt repair is approximately 20 x40 feet. The contractor shall excavate & remove existing pavement, CR6 & base to 14" depth. The contractor shall provide a 6" Graded Aggregate Base and 6" 19mm Hot Mix Asphalt Base using lifts at 3" each. Contractor shall mill adjacent road so as to tie into existing pavement and tack coat. 3. Contractor shall install new sidewalks on either side of Ditto Ave. Sidewalks are 4'-0" X 15'-0" and 6"-0"X 15"-0". Contractor shall also install new concrete curb & gutter approximately 20'-0" lf. 4. All materials and equipment shall be installed in accordance with the approved recommendations of the manufacturer to conform to the contract documents. The installation shall be neat in appearance, free from defects and shall be accomplished by workmen skilled in this type of work 5. Contractor shall be responsible for all field measurements. 6. Contractor shall be responsible for the clean-up and removal of all waste materials and debris from the job site and disposal of by removing from Fort Detrick property. The Contractor shall provide protection to all Government. The Contractor shall be responsible and liable for all damages to the Government property due to any negligence on the part of himself or his workmen. 7. Safety/ Flagman: Contractor shall furnish and maintain all State of Maryland SHA requirements for flagman and safety requirements. 8. Operations and preparation of road surfaces shall not occur during Peak traffic times. Peak traffic times on Fort Detrick are from 06:00 till 08:00 and 15:30 to 17:30 Monday thru Friday. 9. Traffic Plan: Before the start of work for any section of road the contractor shall file Traffic Plan two weeks prior to the start of work. The Traffic Plan shall be turned in to the COR and the Direct Support Operations (DESOPS). 10. Preconstruction Meeting: Details for the Traffic Plan will be discussed during the preconstruction meeting held with the KO, COR, Post Safety Office, DASOPS and PMO. 11. All material and workmanship is warranted for a period of one year from the date of installation. 12. Davis/Bacon wage rates apply. 13. Government COR to be appointed upon award. This requirement is a 100% Small Business set-aside for offerors operating under the NAICS code 237310, with a size standard of $33.5 million. Small business status will be verified via the Small Business Administration. Proposals received from concerns that do not qualify as a small business shall be considered nonresponsive and shall be rejected. However, before rejecting a proposal otherwise eligible for award because of questions concerning the small business representation associated with the above NAICS code, an SBA determination shall be obtained. Solicitation number W81XWH-12-R-0113 is anticipated for release to the vendor community on or about 17 September 2012 and proposals will be due on or about 24 September 2012. The magnitude of this requirement is under $25,000. A site visit will be held; the date and time of the site visit will be stated in the solicitation. No hard copies of the solicitation will be issued by the contracting office. The competitive solicitation, solicitation amendments, and all questions and answers related to this procurement shall be made available via the Internet at https://acquisition.army.mil or https://www.fbo.gov. Potential offerors are responsible for accessing the website. Interested parties must respond to the solicitation in order to be considered for award of any resultant contract. Telephone requests will not be honored and bidder lists will not be maintained. Potential offerors are required to direct all questions via email to SAMANTHA.L.CONNORS@US.ARMY.MIL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH12R0113/listing.html)
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
 
Record
SN02886110-W 20120919/120918001438-a5fa3be63d975046953dde7c232b59f1 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.